Fencing Tenders
Fencing Tenders
FEDERAL HIGHWAY ADMINISTRATION USA Tender
Civil And Construction...+1Others
United States
Details: Federal Highway Administration
eastern Federal Lands Highway Division
sources Sought Announcement No. 693c73-25-ss-0005
george Washington & Jefferson National Forests
project Va Erfo Fs Gwjef808 2020-2(1)
submittal Information
issue Date: December 18th, 2024
due Date For Responses: January 17th, 2025 2:00 Pm Est
submit Responses To: Mr. Michael Sun At Eflhd.contracts@dot.gov
submittals Should Be Made In Electronic Format Only
synopsis:
this Is A Sources Sought Announcement And Is For Information Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids. No Solicitation Is Currently Available. The Purpose Of This Announcement Is To Determine The Availability And Capability Of All Qualified Sources For A Construction Project Involving Slide Repairs And Extensive Soil Nail/gabion Wall Construction In George Washington And Jefferson National Forests, Located In Bedford, Scott, Tazewell, And Wythe Counties, Virginia.
the Project Consists Of Traffic Closure, Drainage Replacements, Articulated Block And Reinforced Concrete Pavement, Temporary Bridges, Bridge Scour Repairs, Streambank Revetment, And Other Miscellaneous Work. The Primary Objective Of The Proposed Contract Is To Repair Damage From These Erfo Events On All Sites.
the Work Is Divided Into Bid Schedules As Follows:
schedule A (base Contract) - Little Stony Road (fsr-700). The Work Includes Geotechnical Slide Repairs With Soil Nail Walls. There Are 2 Proposed Walls Of 105 And 55 Feet Long. Shoring And Bracing Will Be Required To Construct The Wall. The Gravel Roadway Resurfacing Will 400 Feet Long. The Road Will Be Closed During The Construction.
schedule B (option 1) - Punch And Judy Road (fsr-618). The Work Includes Geotechnical Slide Repairs With An Approximately 400-foot-long Soil Nail Wall And 61-foot-long Gabion Basket Wall. Shoring And Bracing Will Be Required To Construct The Wall. The Gravel Road Resurfacing Will Be Approximately 1,030 Feet Long. The Rock Cut Slope Will Receive Wire Mesh Draped Rockfall Protection. The Road Will Be Closed During The Construction.
schedule C (option 2) - Dry Run Road (fsr-14). The Work Includes Replacing An Undersized Pipe Culvert With A 4-foot Span By 3-foot Rise Concrete Box Culvert With Articulated Block To Reinforce Approaches, Surfacing Aggregate For Spot Repair Of Road Surface, And 3 Locations Of Slope Revetment With Riprap And To Repair Scour Holes Under 2 Bridge Abutments. The Road Will Be Closed During The Construction.
schedule D (option 3) - Hussy Mountain Horse Camp Road (fsr-14a). The Repair Work Includes Replacing The Existing Damaged Wooden Low Water Crossing (lwc) With A 10-foot Span By 4.5-foot Rise Reinforced Concrete Open Bottom Box Culvert, Construction Of Minor Reinforced Concrete Pavement To Reinforce The Lwc Approaches, Raising The Existing Approximately 0.1-mile Long Travel Way Surface By 2-3 Feet With Crushed Aggregate, Drainage Improvements, Replacement Of The Wooden Fence And Metal Gate, And Approximately 60 Feet Long Riprap Revetment At Stream Bank. The Existing Water Line Pvc Pipe Connected To The Existing Wooden Lwc Will Need To Be Protected During The Construction And Reattached To The New Lwc. The Road Will Be Closed During The Construction.
schedule E (option 4) - Blackhorse Gap East Road (fsr 186). The Existing Triple Culvert (60-inch Span By 46-inch Rise Pipe Arches) Lwc Will Be Replaced With A 19-foot Rise By 5.5 Foot Span Open Bottom Concrete Culvert. The Profile Will Be Raised About 2 Feet. The Culvert Approaches With Be Paved With Minor Reinforced Concrete Pavement At The Culvert Approaches To Strengthen And Eliminate Section Loss. Riprap Will Be Placed To Protect Stream Banks. The Work Will Require A Temporary Bridge Placed Next To The Existing Structure During The Construction So That The Local Traffic Can Be Maintained.
the Federal Highway Administration (fhwa), Eastern Federal Lands Highway Division (eflhd), Anticipates Awarding A Construction Contract No Earlier Than September 2025. The Cost Of The Entire Project Is Estimated To Be Between $5,000,000.00 To $10,00,000.00.
qualified Prime Contractors Shall Submit The Following Information By E-mail To Eflhd.contracts@dot.gov (attn: Mr. Michael Sun No Later Than 2:00pm (est) On January 17th, 2025.
1. A Positive Statement Of Your Intention To Submit A Bid For The Solicitation When It Is Issued As A Prime Contractor Containing Your Full Business Name, Address, Point Of Contact, Phone Number, E-mail Address, And Web Site (if Any).
2. Your Firm’s Size Standard Under Naics Code 237310; Highway, Street And Bridge Construction ($45 Million). All Firms Shall Be Certified And Registered Under The Naics Code 237310 In The System For Award Management (sam) Located At Https://www.sam.gov/ Prior To The Submission Of Bids Or Proposals.
3. Identify All Applicable Classifications For Your Firm Such As Small Business; Woman-owned Small Business; 8(a) Small Business; Small-disadvantaged Business; Hubzone Small Business; Service-disabled Veteran-owned Small Business; Etc. This Information Must Be Provided To Determine Whether The "rule Of 2" Has Been Met For Any Socio-economic Category For Set-aside Purposes. Please Note That The Size Of A Small Business Firm Includes All Parents, Subsidiaries, Affiliates, Etc. Refer To The Code Of Federal Regulations 13 Cfr 121.103 For Information On How The Sba Determines Affiliation And 13 Cfr 121.108 Regarding The Penalties For Misrepresentation Of Size Status.
4. Offeror's Ability To Perform At Least 50% Of The Total Amount Of Work To Be Performed Under The Contract As A Large Business Prime Contractor Per Far Clause 52.236-1 – Performance Of Work By The Contractor; Or Ability To Perform At Least 15% Of The Cost Of Contract Performance Effort With Its Own Workforce As A Small Business Prime Contractor Per Far Clause 52.219-14 Limitations On Subcontracting.
5. Offeror's Capability To Perform A Contract Of This Magnitude And Complexity Including Specialized Construction, Soil Nail Walls, Gabion Baskets, Temporary Bridge, Slide Repairs, Road Resurfacing, And Concrete Box Culverts Within The Past 5 Years, Including A Brief Description Of The Project, Customer Name, Timelines Of Performance, Customer Satisfaction, And Dollar Value Of Project. If A Member Of A Joint Venture (jv), The Offeror Should Include Relevant Information From Both Members Of The Jv.
6. Offeror's Experience In Coordinating With Multiple Federal, State, And Local Agencies For The Successful Completion Of A Construction Project Performed Within The Last 5 Years, Including A Brief Description Of The Project, Customer Name, Timelines Of Performance, Customer Satisfaction, And Dollar Value Of Project. If A Member Of A Joint Venture, The Offeror Should Include Relevant Information From Both Members Of The Jv.
7. Commercial And Government Entity (cage) Code And Unique Entity Id; If A Member Of A Joint-venture (jv) Or Mentor-protégé Agreement With The Sba, Please Provide Information On Both Members Of The Jv.
8. Please Provide Your Current Per Contract And Aggregate Bonding Capacities.
responses To This Source Sought Announcement Shall Be Limited To 5 Pages, Single-spaced, With Font Size 12 Or Larger Using Times New Roman Or Arial. Page Margins No Smaller Than 1” And Page Size Shall Be No Greater Than 8.5” X 11.” Submission Shall Be Provided In Electronic Format Readable And Searchable By Adobe Acrobat Or Microsoft Word. Do Not Submit Marketing Material, Slide Presentations, Or Technical Papers. Do Not Submit Resumes.
please Reference “sources Sought Announcement No. 693c73-25-ss-0005 For Project Va Erfo Fs Gwjef808 2020-2(1)” In The Subject Line Of Your Email.
Closing Date17 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Landesbetrieb Bau Und Immobilien Hessen Niederlassung Mitte Zentrale Vergabe Tender
Civil And Construction...+1Others
Germany
Description: Public tender Vob/a Demolition and dismantling work (din 18 459); Floor covering work (din 18 365); Screed work (din 18 353); Tiling and panel work (din 18 352); Scaffolding work (din 18 451); Painting and varnishing work - coatings (din 18 363); Bricklaying (din 18 330); Plastering and stucco work (din 18 350); Wallpapering (din 18 366); Drywall work (din 18 340); Carpentry and timber construction work (DIN 18 334); Demolition and dismantling work (DIN 18 459); Construction site equipment: Construction site equipment including mobile crane 1 piece; Construction fence, wire mesh with privacy net 250 m; Construction road + container parking areas, mineral mixture 200 m²; Lawn finishing care 350 m²; Work protection: 1-chamber lock 12 pieces; Partitioning, fiber-tight and stable 250 m²; Material airlock and personnel airlock; Scaffolding work: Facade/roof scaffolding, 2 kN/m², W06 2300 m²; Provision for scaffolding 78200 m²wo; Dismantling of contaminated building materials: Demolition of asbestos cement ventilation ducts 12 pieces; Demolition of asbestos-containing flexible panels + adhesive 215 m²; Demolition of KMF impact sound insulation, D=15mm 1250 m²; Demolition of PK-containing release paper 1100 m²; Demolition work: Demolition of tiles 750 m²; Demolition of PVC floor covering 900 m²; Demolition of cement screed 360 m²; Demolition of interior wall plaster 4200 m²; Demolition of ceiling plaster + reed mats 1590 m²; Demolition of interior doors + frames 95 pcs.; Shell work: Making / widening door openings 31 pcs.; Making masonry pillars 19 pcs.; Making foundations for external staircase 1 m³; Core drilling 138 pcs.; Roofing work: Installing line ventilators in interlocking tile roof 15 pcs.; Sun protection: Venetian blinds for windows 98 pcs.; Locksmith: External staircase 1 pc.; Adjusting balcony railings 15 pcs.; plastering work: lime cement ceiling plaster 462 m²; gypsum ceiling plaster 1250 m²; lime cement wall plaster 152 m²; gypsum wall plaster 1670 m²; screed work: quick cement screed, D= 40-45 mm 1230 m²; floor covering work: linoleum covering 1160 m²; drywall work: dry screed/rock wool insulation panels D= 100 mm 609 m²; plasterboard assembly walls 469 m²; plasterboard installation walls 116 m²; plasterboard sub-ceiling 832 m²; plasterboard suspended ceiling 340 m²; tiling and natural stone work: floor tiles 84 m²; wall tiles 53 m²; carpentry work: tea kitchens 2 pcs.; interior doors office doors 23 pcs.; Damp room doors 14 pieces; metalwork: aluminum frame doors 16 pieces; sheet steel doors including frames 11 pieces; painting work: glass fabric wallpaper + emulsion paint walls 2800 m²; coating suspended plasterboard ceilings 1171 m²; coating steel perimeter frames 44 pieces; coating sheet steel doors with frames 10 pieces; overhaul coatings walls + ceilings 940 m²; industrial floor coating epoxy resin 290 m²; building cleaning work: intermediate and final cleaning 1600 m²; locking system: BKS profile double cylinder 49 pieces; digital double knob cylinder 27 pieces; transponder 100 pieces; panic lock 34 pieces; access control smart relay 11 pieces, programming device + locking plan creation HLS + building automation: -1. And 2nd floor (the ground floor was already prepared in 2018): Dismantling of the complete sanitary installation from the equipment standard for apartments and equipping the building with sanitary facilities for an office building, consisting of dismantling 31 hand basins, 21 toilets/urinals, 12 shower trays and 6 bathtubs with vanity units, shower partitions and small parts, equipping the new toilet areas with 9 hand basins, 11 toilets, 2 urinals, 1 shower tray, 2 sinks, each with support frames, instantaneous water heaters and sanitary accessories and installations for two kitchen sinks, 150 m of PP+SML waste water pipes, 200 m of stainless steel drinking water pipes with press connections and thermal insulation, 16 fire extinguishers with wall boxes, dry riser with three feed-in and 15 extraction points with pipes. -approx. 40 new radiators with approx. 180 m of C-steel pipes. -12 fans for toilet exhaust air in accordance with DIN 18017-3 and one for battery room exhaust air with PPS pipes, four split air conditioning units. -Approx. 350 sprinkler heads, approx. 500 m of sprinkler pipes for a wet and a dry system, sprinkler distributor, a sprinkler station, nitrogen generator. -Building automation with simple monitoring tasks. Electrics: Installation cable NYM-J 3x2.5 mm² various. Installation types approx. 6,000 m, installation cable Nym-j 3x1.5 mm² approx. 3,500 m, cable halogen-free Nhxhx-j-fe180 up to 3x2.5 mm² approx. 2,000 m, installation cable E 30 up to 4x2x0.8 mm approx. 2,300 m, installation distributor 230 VI 250 A indoor installation wall mounting 8 pieces, circuit breaker 1-pole character b 16a 250 pieces, cable tray perforated steel strip galvanized H 60mm W up to 600 mm approx. 300 m, electrical installation duct device installation H/w 60/130mm plastic approx. 650 m, Bap-LED surface-mounted light 35W approx. 154 pieces, LED recessed downlight D=235mm, 16 W approx. 65 pcs., LED safety lights approx. 65 pcs., LED escape sign lights approx. 40 pcs., BMA signal generator optical flashing light approx. 100 pcs., loudspeaker for wall and ceiling mounting up to 2x6 W approx. 110 pcs., data cable Cat. 6a various installation types approx. 12,000 m, data connection box sym. Cat. 6a 2 ports approx. 170 pcs.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Landesbetrieb Bau Und Immobilien Hessen Niederlassung Mitte Zentrale Vergabe Tender
Civil And Construction...+1Others
Germany
Description: Public tender Vob/a Demolition and dismantling work (din 18 459); Floor covering work (din 18 365); Screed work (din 18 353); Tiling and panel work (din 18 352); Scaffolding work (din 18 451); Painting and varnishing work - coatings (din 18 363); Bricklaying (din 18 330); Plastering and stucco work (din 18 350); Wallpapering (din 18 366); Drywall work (din 18 340); Carpentry and timber construction work (DIN 18 334); Demolition and dismantling work (DIN 18 459); Construction site equipment: Construction site equipment including mobile crane 1 piece; Construction fence, wire mesh with privacy net 250 m; Construction road + container parking areas, mineral mixture 200 m²; Lawn finishing care 350 m²; Work protection: 1-chamber lock 12 pieces; Partitioning, fiber-tight and stable 250 m²; Material airlock and personnel airlock; Scaffolding work: Facade/roof scaffolding, 2 kN/m², W06 2300 m²; Provision for scaffolding 78200 m²wo; Dismantling of contaminated building materials: Demolition of asbestos cement ventilation ducts 12 pieces; Demolition of asbestos-containing flexible panels + adhesive 215 m²; Demolition of KMF impact sound insulation, D=15mm 1250 m²; Demolition of PK-containing release paper 1100 m²; Demolition work: Demolition of tiles 750 m²; Demolition of PVC floor covering 900 m²; Demolition of cement screed 360 m²; Demolition of interior wall plaster 4200 m²; Demolition of ceiling plaster + reed mats 1590 m²; Demolition of interior doors + frames 95 pcs.; Shell work: Making / widening door openings 31 pcs.; Making masonry pillars 19 pcs.; Making foundations for external staircase 1 m³; Core drilling 138 pcs.; Roofing work: Installing line ventilators in interlocking tile roof 15 pcs.; Sun protection: Venetian blinds for windows 98 pcs.; Locksmith: External staircase 1 pc.; Adjusting balcony railings 15 pcs.; plastering work: lime cement ceiling plaster 462 m²; gypsum ceiling plaster 1250 m²; lime cement wall plaster 152 m²; gypsum wall plaster 1670 m²; screed work: quick cement screed, D= 40-45 mm 1230 m²; floor covering work: linoleum covering 1160 m²; drywall work: dry screed/rock wool insulation panels D= 100 mm 609 m²; plasterboard assembly walls 469 m²; plasterboard installation walls 116 m²; plasterboard sub-ceiling 832 m²; plasterboard suspended ceiling 340 m²; tiling and natural stone work: floor tiles 84 m²; wall tiles 53 m²; carpentry work: tea kitchens 2 pcs.; interior doors office doors 23 pcs.; Damp room doors 14 pieces; metalwork: aluminum frame doors 16 pieces; sheet steel doors including frames 11 pieces; painting work: glass fabric wallpaper + emulsion paint walls 2800 m²; coating suspended plasterboard ceilings 1171 m²; coating steel perimeter frames 44 pieces; coating sheet steel doors with frames 10 pieces; overhaul coatings walls + ceilings 940 m²; industrial floor coating epoxy resin 290 m²; building cleaning work: intermediate and final cleaning 1600 m²; locking system: BKS profile double cylinder 49 pieces; digital double knob cylinder 27 pieces; transponder 100 pieces; panic lock 34 pieces; access control smart relay 11 pieces, programming device + locking plan creation HLS + building automation: -1. And 2nd floor (the ground floor was already prepared in 2018): Dismantling of the complete sanitary installation from the equipment standard for apartments and equipping the building with sanitary facilities for an office building, consisting of dismantling 31 hand wash basins, 21 toilets/urinals, 12 shower trays and 6 bathtubs with vanity units, shower partitions and small parts, equipping the new toilet areas with 9 hand wash basins, 11 toilets, 2 urinals, 1 shower tray, 2 sinks, each with support frames, instantaneous water heaters and sanitary accessories and installations for two kitchen sinks, 150 m of PP+SML waste water pipes, 200 m of stainless steel drinking water pipes with press connections and thermal insulation, 16 fire extinguishers with wall boxes, dry riser with three feed-in and 15 extraction points with pipes. -approx. 40 new radiators with approx. 180 m of C-steel pipes. -12 fans for toilet exhaust air in accordance with DIN 18017-3 and one for battery room exhaust air with piping made of PPs, four split air conditioning units. -Approx. 350 sprinkler heads, approx. 500 m of sprinkler piping for a wet and a dry system, sprinkler distributor, a sprinkler station, nitrogen generator. -Building automation with simple monitoring tasks. Electrics: Installation cable NYM-J 3x2.5 mm² various. Installation types approx. 6,000 m, installation cable Nym-j 3x1.5 mm² approx. 3,500 m, cable halogen-free Nhxhx-j-fe180 up to 3x2.5 mm² approx. 2,000 m, installation cable E 30 up to 4x2x0.8 mm approx. 2,300 m, installation distributor 230 VI 250 A indoor installation wall mounting 8 pieces, circuit breaker 1-pole character b 16a 250 pieces, cable tray perforated steel strip galvanized H 60mm W up to 600 mm approx. 300 m, electrical installation duct device installation H/w 60/130mm plastic approx. 650 m, Bap-LED surface-mounted light 35W approx. 154 pieces, LED recessed downlight D=235mm, 16 W approx. 65 pcs., LED safety lights approx. 65 pcs., LED escape sign lights approx. 40 pcs., BMA signal generator optical flashing light approx. 100 pcs., loudspeaker for wall and ceiling mounting up to 2x6 W approx. 110 pcs., data cable Cat. 6a various installation types approx. 12,000 m, data connection box sym. Cat. 6a 2 ports approx. 170 pcs.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Landesbetrieb Bau Und Immobilien Hessen Niederlassung Mitte Zentrale Vergabe Tender
Civil And Construction...+1Others
Germany
Description: Public tender Vob/a Demolition and dismantling work (din 18 459); Floor covering work (din 18 365); Screed work (din 18 353); Tiling and panel work (din 18 352); Scaffolding work (din 18 451); Painting and varnishing work - coatings (din 18 363); Bricklaying (din 18 330); Plastering and stucco work (din 18 350); Wallpapering (din 18 366); Drywall work (din 18 340); Carpentry and timber construction work (DIN 18 334); Demolition and dismantling work (DIN 18 459); Construction site equipment: Construction site equipment including mobile crane 1 piece; Construction fence, wire mesh with privacy net 250 m; Construction road + container parking areas, mineral mixture 200 m²; Lawn finishing care 350 m²; Work protection: 1-chamber lock 12 pieces; Partitioning, fiber-tight and stable 250 m²; Material airlock and personnel airlock; Scaffolding work: Facade/roof scaffolding, 2 kN/m², W06 2300 m²; Provision for scaffolding 78200 m²wo; Dismantling of contaminated building materials: Demolition of asbestos cement ventilation ducts 12 pieces; Demolition of asbestos-containing flexible panels + adhesive 215 m²; Demolition of KMF impact sound insulation, D=15mm 1250 m²; Demolition of PK-containing release paper 1100 m²; Demolition work: Demolition of tiles 750 m²; Demolition of PVC floor covering 900 m²; Demolition of cement screed 360 m²; Demolition of interior wall plaster 4200 m²; Demolition of ceiling plaster + reed mats 1590 m²; Demolition of interior doors + frames 95 pcs.; Shell work: Making / widening door openings 31 pcs.; Making masonry pillars 19 pcs.; Making foundations for external staircase 1 m³; Core drilling 138 pcs.; Roofing work: Installing line ventilators in interlocking tile roof 15 pcs.; Sun protection: Venetian blinds for windows 98 pcs.; Locksmith: External staircase 1 pc.; Adjusting balcony railings 15 pcs.; plastering work: lime cement ceiling plaster 462 m²; gypsum ceiling plaster 1250 m²; lime cement wall plaster 152 m²; gypsum wall plaster 1670 m²; screed work: quick cement screed, D= 40-45 mm 1230 m²; floor covering work: linoleum covering 1160 m²; drywall work: dry screed/rock wool insulation panels D= 100 mm 609 m²; plasterboard assembly walls 469 m²; plasterboard installation walls 116 m²; plasterboard sub-ceiling 832 m²; plasterboard suspended ceiling 340 m²; tiling and natural stone work: floor tiles 84 m²; wall tiles 53 m²; carpentry work: tea kitchens 2 pcs.; interior doors office doors 23 pcs.; Damp room doors 14 pieces; metalwork: aluminum frame doors 16 pieces; sheet steel doors including frames 11 pieces; painting work: glass fabric wallpaper + emulsion paint walls 2800 m²; coating suspended plasterboard ceilings 1171 m²; coating steel perimeter frames 44 pieces; coating sheet steel doors with frames 10 pieces; overhaul coatings walls + ceilings 940 m²; industrial floor coating epoxy resin 290 m²; building cleaning work: intermediate and final cleaning 1600 m²; locking system: BKS profile double cylinder 49 pieces; digital double knob cylinder 27 pieces; transponder 100 pieces; panic lock 34 pieces; access control smart relay 11 pieces, programming device + locking plan creation HLS + building automation: -1. And 2nd floor (the ground floor was already prepared in 2018): Dismantling of the complete sanitary installation from the equipment standard for apartments and equipping the building with sanitary facilities for an office building, consisting of dismantling 31 hand basins, 21 toilets/urinals, 12 shower trays and 6 bathtubs with vanity units, shower partitions and small parts, equipping the new toilet areas with 9 hand basins, 11 toilets, 2 urinals, 1 shower tray, 2 sinks, each with support frames, instantaneous water heaters and sanitary accessories and installations for two kitchen sinks, 150 m of PP+SML waste water pipes, 200 m of stainless steel drinking water pipes with press connections and thermal insulation, 16 fire extinguishers with wall boxes, dry riser with three feed-in and 15 extraction points with pipes. -approx. 40 new radiators with approx. 180 m of C-steel pipes. -12 fans for toilet exhaust air in accordance with DIN 18017-3 and one for battery room exhaust air with PPS pipes, four split air conditioning units. -Approx. 350 sprinkler heads, approx. 500 m of sprinkler pipes for a wet and a dry system, sprinkler distributor, a sprinkler station, nitrogen generator. -Building automation with simple monitoring tasks. Electrics: Installation cable NYM-J 3x2.5 mm² various. Installation types approx. 6,000 m, installation cable Nym-j 3x1.5 mm² approx. 3,500 m, cable halogen-free Nhxhx-j-fe180 up to 3x2.5 mm² approx. 2,000 m, installation cable E 30 up to 4x2x0.8 mm approx. 2,300 m, installation distributor 230 VI 250 A indoor installation wall mounting 8 pieces, circuit breaker 1-pole character b 16a 250 pieces, cable tray perforated steel strip galvanized H 60mm W up to 600 mm approx. 300 m, electrical installation duct device installation H/w 60/130mm plastic approx. 650 m, Bap-LED surface-mounted light 35W approx. 154 pieces, LED recessed downlight D=235mm, 16 W approx. 65 pcs., LED safety lights approx. 65 pcs., LED escape sign lights approx. 40 pcs., BMA signal generator optical flashing light approx. 100 pcs., loudspeaker for wall and ceiling mounting up to 2x6 W approx. 110 pcs., data cable Cat. 6a various installation types approx. 12,000 m, data connection box sym. Cat. 6a 2 ports approx. 170 pcs.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Landesbetrieb Bau Und Immobilien Hessen Niederlassung Mitte Zentrale Vergabe Tender
Civil And Construction...+1Others
Germany
Description: Public tender Vob/a Demolition and dismantling work (din 18 459); Floor covering work (din 18 365); Screed work (din 18 353); Tiling and panel work (din 18 352); Scaffolding work (din 18 451); Painting and varnishing work - coatings (din 18 363); Bricklaying (din 18 330); Plastering and stucco work (din 18 350); Wallpapering (din 18 366); Drywall work (din 18 340); Carpentry and timber construction work (DIN 18 334); Demolition and dismantling work (DIN 18 459); Construction site equipment: Construction site equipment including mobile crane 1 piece; Construction fence, wire mesh with privacy net 250 m; Construction road + container parking areas, mineral mixture 200 m²; Lawn finishing care 350 m²; Work protection: 1-chamber lock 12 pieces; Partitioning, fiber-tight and stable 250 m²; Material airlock and personnel airlock; Scaffolding work: Facade/roof scaffolding, 2 kN/m², W06 2300 m²; Provision for scaffolding 78200 m²wo; Dismantling of contaminated building materials: Demolition of asbestos cement ventilation ducts 12 pieces; Demolition of asbestos-containing flexible panels + adhesive 215 m²; Demolition of KMF impact sound insulation, D=15mm 1250 m²; Demolition of PK-containing release paper 1100 m²; Demolition work: Demolition of tiles 750 m²; Demolition of PVC floor covering 900 m²; Demolition of cement screed 360 m²; Demolition of interior wall plaster 4200 m²; Demolition of ceiling plaster + reed mats 1590 m²; Demolition of interior doors + frames 95 pcs.; Shell work: Making / widening door openings 31 pcs.; Making masonry pillars 19 pcs.; Making foundations for external staircase 1 m³; Core drilling 138 pcs.; Roofing work: Installing line ventilators in interlocking tile roof 15 pcs.; Sun protection: Venetian blinds for windows 98 pcs.; Locksmith: External staircase 1 pc.; Adjusting balcony railings 15 pcs.; plastering work: lime cement ceiling plaster 462 m²; gypsum ceiling plaster 1250 m²; lime cement wall plaster 152 m²; gypsum wall plaster 1670 m²; screed work: quick cement screed, D= 40-45 mm 1230 m²; floor covering work: linoleum covering 1160 m²; drywall work: dry screed/rock wool insulation panels D= 100 mm 609 m²; plasterboard assembly walls 469 m²; plasterboard installation walls 116 m²; plasterboard sub-ceiling 832 m²; plasterboard suspended ceiling 340 m²; tiling and natural stone work: floor tiles 84 m²; wall tiles 53 m²; carpentry work: tea kitchens 2 pcs.; interior doors office doors 23 pcs.; Damp room doors 14 pieces; metalwork: aluminum frame doors 16 pieces; sheet steel doors including frames 11 pieces; painting work: glass fabric wallpaper + emulsion paint walls 2800 m²; coating suspended plasterboard ceilings 1171 m²; coating steel perimeter frames 44 pieces; coating sheet steel doors with frames 10 pieces; overhaul coatings walls + ceilings 940 m²; industrial floor coating epoxy resin 290 m²; building cleaning work: intermediate and final cleaning 1600 m²; locking system: BKS profile double cylinder 49 pieces; digital double knob cylinder 27 pieces; transponder 100 pieces; panic lock 34 pieces; access control smart relay 11 pieces, programming device + locking plan creation HLS + building automation: -1. And 2nd floor (the ground floor was already prepared in 2018): Dismantling of the complete sanitary installation from the equipment standard for apartments and equipping the building with sanitary facilities for an office building, consisting of dismantling 31 hand basins, 21 toilets/urinals, 12 shower trays and 6 bathtubs with vanity units, shower partitions and small parts, equipping the new toilet areas with 9 hand basins, 11 toilets, 2 urinals, 1 shower tray, 2 sinks, each with support frames, instantaneous water heaters and sanitary accessories and installations for two kitchen sinks, 150 m of PP+SML waste water pipes, 200 m of stainless steel drinking water pipes with press connections and thermal insulation, 16 fire extinguishers with wall boxes, dry riser with three feed-in and 15 extraction points with pipes. -approx. 40 new radiators with approx. 180 m of C-steel pipes. -12 fans for toilet exhaust air in accordance with DIN 18017-3 and one for battery room exhaust air with PPS pipes, four split air conditioning units. -Approx. 350 sprinkler heads, approx. 500 m of sprinkler pipes for a wet and a dry system, sprinkler distributor, a sprinkler station, nitrogen generator. -Building automation with simple monitoring tasks. Electrics: Installation cable NYM-J 3x2.5 mm² various. Installation types approx. 6,000 m, installation cable Nym-j 3x1.5 mm² approx. 3,500 m, cable halogen-free Nhxhx-j-fe180 up to 3x2.5 mm² approx. 2,000 m, installation cable E 30 up to 4x2x0.8 mm approx. 2,300 m, installation distributor 230 VI 250 A indoor installation wall mounting 8 pieces, circuit breaker 1-pole character b 16a 250 pieces, cable tray perforated steel strip galvanized H 60mm W up to 600 mm approx. 300 m, electrical installation duct device installation H/w 60/130mm plastic approx. 650 m, Bap-LED surface-mounted light 35W approx. 154 pieces, LED recessed downlight D=235mm, 16 W approx. 65 pcs., LED safety lights approx. 65 pcs., LED escape sign lights approx. 40 pcs., BMA signal generator optical flashing light approx. 100 pcs., loudspeaker for wall and ceiling mounting up to 2x6 W approx. 110 pcs., data cable Cat. 6a various installation types approx. 12,000 m, data connection box sym. Cat. 6a 2 ports approx. 170 pcs.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The National Expenditure Program Fy 2025 Intends To Apply The Sum Of One Million Pesos (php1,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 With Project Identification Number Da Rfo-1-2025-infra-001-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Early Procurement Activity (epa) Of The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 For The Above-mentioned Procurement Project With The Following Details And Specifications, To Wit: Details And Specifications Project Site/location: Brgy. Calunetan, Sison, Pangasinan Project Description: Construction Of 135 Sq.m. Cattle House With Loafing Area, Feeding Through, Chute And Perimeter Fence Scope Of Work: Description Qty Unit I. General Requirements (permits & Project Billboard) 1.00 Lot Ii. Mobilization And Demobilization 1.00 Lot Iii. Safety And Health 1.00 Lot Iv. Earthworks 37.00 Cu.m. V. Rsb Works 1,163.00 Kgs. Vi. Form Works And Scaffoldings 600.00 Bd.ft. Vii. Concrete Works (class A) 30.00 Cu.m. Viii. Masonry Works (including Plastering) 28.00 Sq.m. Ix. Steel Works 1.00 Lot X. Tinsmithry Works 186.00 Sq.m. Xi. Painting Works 1.00 Lot Xii. Electrical Works 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 6 Skilled Workers • 8 Unskilled Workers Minimum Equipment Required: • 1 One-bagger Mixer • Minor Tools Completion Of The Works Is Within Seventy (70) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 13, 2024 To January 7, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 20 December 2024, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 07 January 2025, 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 07 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. E. The Award Of Contract For Procurement Projects Undertaken Through Epa May Be Made Only Upon The Following Conditions And Shall Be In Accordance With Item 7 Of Appendix 31 Of The 2016 Revised Irr Of Ra 9184: E.1. Approval And Effectivity Of The Funding Sources, To Wit: (i) General Appropriations Act; (ii) Corporate Budget; (iii) Appropriations Ordinance; Or (iv) Loan Agreement In The Case Of Faps; Or E.2. The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget, When Authorized By The Constitution, Law Or Rules. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ December 12, 2024 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-001-r
Closing Date21 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services
effective Date: 03/15/2023
revision: 01
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025.
this Solicitation Is Set-aside For Small Business (sb).
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m.
the Fsc/psc Is B503.
the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report.
all Interested Companies Shall Provide Quotations For The Following:
supplies/services
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
cultural Landscape Report
1
jb
statement Of Work
introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility.
In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus.
the Vendor Will Develop A Clr To Address The Following:
a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines.
b. Define The Values And Associations That Make Them Historically Significant.
c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations
d. Include A Base Map And Photographs
e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation.
task 1: Records Review And Background Research
the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital.
the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance.
in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place.
task 2: Field Documentation
after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions.
task 3: Development Of Clr
upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property.
the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus.
schedule And Deliverables
the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only.
the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025.
place Of Performance/place Of Delivery
address:
2250 Leestown Road, Lexington, Ky
postal Code:
40511
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
subparagraph (b)(18)(i)
subparagraph (b)(18)(ii)
subparagraph (b)(25)
subparagraph (b)(59)
all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above.
all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors:
previous Work Performance Ratings
price
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
nathan Hutchison Contract Specialist
(615) 867-6000 Ext 28147
nathan.hutchison@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services
effective Date: 03/15/2023
revision: 01
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025.
this Solicitation Is Set-aside For Small Business (sb).
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m.
the Fsc/psc Is B503.
the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report.
all Interested Companies Shall Provide Quotations For The Following:
supplies/services
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
cultural Landscape Report
1
jb
statement Of Work
introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility.
In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus.
the Vendor Will Develop A Clr To Address The Following:
a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines.
b. Define The Values And Associations That Make Them Historically Significant.
c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations
d. Include A Base Map And Photographs
e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation.
task 1: Records Review And Background Research
the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital.
the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance.
in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place.
task 2: Field Documentation
after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions.
task 3: Development Of Clr
upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property.
the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus.
schedule And Deliverables
the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only.
the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025.
place Of Performance/place Of Delivery
address:
2250 Leestown Road, Lexington, Ky
postal Code:
40511
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
subparagraph (b)(18)(i)
subparagraph (b)(18)(ii)
subparagraph (b)(25)
subparagraph (b)(59)
all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above.
all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors:
previous Work Performance Ratings
price
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
nathan Hutchison Contract Specialist
(615) 867-6000 Ext 28147
nathan.hutchison@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of San Marcelino Solar-powered Irrigation System (spis) In Brgy. San Marcelino, Dingras, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Nine Hundred Twenty-nine Thousand Six Hundred Ninety-one Pesos And Five Centavos (php6,929,691.05) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of San Marcelino Solar-powered Irrigation System (spis) In Brgy. San Marcelino, Dingras, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-014. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. San Marcelino, Dingras, Ilocos Norte Project Description: Installation Of Spis With A Minimum Pump Discharge Of 1,200 Cu.m./day And Solar Led Flood Light, Construction Of Slope Protection With Pump Sump, Control Room, Water Storage Support And Perimeter Fence With Project Marker. Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Temporary Facility 1.00 Lot Iii. Provision Of Safety And Health (ppe And Signages) 1.00 L.s. Iv. Clearing And Grubbing 600.00 Sq.m. V. Earthworks 258.85 Cu.m. Vi. Rsb Works 1,950.42 Kgs. Vii. Form Works 232.38 Sq.m. Viii. Concrete Works 36.85 Cu.m. Ix. Pv Module And Mounting & Solar Flood Light 30,800.00 Watts X. Water Pump 1.00 Unit Xi. Pump Controller/ Inverter 1.00 Unit Xii. Iron, Tinsmithry And Carpentry Works 1.00 Lot Xiii. Cable And Electrical Works 1.00 Lot Xiv. Distribution Works 1.00 Lot Xv. Masonry And Painting 43.10 Sq.m. Xvi. Dewatering Works 1.00 Lot Xvii. Doors & Windows 2.29 Sq.m. Xviii. Stone Masonry Works 337.63 Cu.m. Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 3 Skilled Workers • 12 Unskilled Workers • 2 Equipment Operators Minimum Equipment Required: • 1 Backhoe, 0.75 Cu. • 1 Concrete Mixer, One Bagger • 1 Dump Truck • 1 Hdpe Butt Fusion Machine Completion Of The Works Is Within One Hundred Thirty (130) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 4, 2025 The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 23 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 04 February 2025, 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 04 February 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. The Technical Specifications (as Part Of Tab F - Project Requirements), To Be Signed By The Bidder/authorized Representative And Submit During Bid Opening, Of The Unit Offered Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 10915, Dated 21 July 2016, Otherwise Known As "philippine Agricultural And Biosystems Engineering Act Of 2016" And Department Of Agriculture (da) Memorandum Order No. 50, Series Of 2020. The Technical Specification Must Be Supported With The Following: O Colored, Clear And Readable Original Copies Of Brochures (in English Language) Of The Offered Goods (pump, Inverter/controller And Solar Module/panel). O Other Technical Specification Requirements: • With Minimum Warranty Of 1 Year On Pump And Controller/inverter, Accessories, And Services • With Minimum Warranty Of 15 Years On Pv Module E. Valid Amtec Test Report For The Pump Is Required During Bid Opening. Upon Completion Of The Project The Raed Shall Conduct Acceptance Testing. If The System Fails To Meet The Prescribed Specifications And Performance Standards, The Contractor Shall Institute Corrective Measures For The System To Conform To Specifications And Standards As Requirement For Payment. Otherwise, The Procuring Entity Shall Not Accept The Project And Proceed With The Termination Of Contract On The Ground That The Supplier/ Winning Bidder, Who Is In Default, Fails To Perform Its Obligation Under The Contract. F. Permit To Operate And Notification Letter From Bafe Shall Be Verified During Post-qualification. G. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-014
Closing Date4 Feb 2025
Tender AmountPHP 6.9 Million (USD 118.5 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Sources Sought For Design-bid-build,
p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia
this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time.
the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist.
the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Construction Services For P-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk Virginia.
all Service-disabled Veteran-owned Small Businesses (sdvosb), Certified Hub-zone, Certified 8(a), Women-owned Small Businesses (wosb), And Small Businesses Are Encouraged To Respond. Upon Review Of Industry Responses To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis.
general Work Requirements:
the Project Will Be Prepared In One Package, Under One Contract.
p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia
construct A Handicap Accessible Child Development Center (cdc) Facility, With Outdoor Playground Areas, To Support 300 Children. The Entire Facility Will Be On Ground Level. The Primary Structural System Is A Concrete Slab On Grade With Structural Piles, Using Cross-laminated Timber (clt) Roofing Members, And Interior Steel Supports. The Exterior Walls Shall Be Using Two Different Fiber Cement Siding Systems To Include Lap Siding And Panel Board And A Perforated Metal Panel Rain Screen For The Exterior Cladding Of The Building.
the Roof Shall Be Standing Seam Metal Roof System With Factory-finished Steel Gutters And Downspouts. The Building Will Have A Central Heating, Ventilation, And Air Conditioning System And Mechanical And Electrical Utilities. The Interior Shall Be Isolated From Equipment Noise And Be Provided With Sound Attenuating Wall And Ceiling Finishes.
functional Space Includes Activity Rooms Divided By Age Group For Infants, Pre-toddlers, Toddlers, And Preschool Aged Children. Administration Areas Shall Include Offices, Storage, A Staff Lounge, A Teacher Preparation Room, And A Reception Area. Support Spaces Shall Include A Kitchen With Dedicated Food Storage, A Commercial Laundry Room, Toilets, Mechanical Rooms, And Additional Spaces As Needed. The Outdoor Playground Areas Include Play Equipment, Shade Structures, And Enclosure Fences With Gates And Emergency Push-bar Latches.
in Accordance With Dfars 236.204(ii), The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000.
this Is A New Procurement. It Does Not Replace An Existing Contract. No Prior Contract Information Exists.
the Anticipated Award Of This Contract Is September 2025.
the North American Industry Classification System (naics) Code For This Project Is 236220. Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45,000,000.
if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting. If Adequate Interest Is Not Received From Small Business Concerns, The Solicitation Will Be Issued As Unrestricted Without Further Notice.
interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate Files Titled Sources Sought Contractor Information Form (form Attached) And Project Information Form (form Attached). These Forms Are Required. Information Not Provided May Prohibit Your Firm From Consideration.
if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status.
the Following Information Shall Be Provided:
1. Contractor Information: Provide Your Firm’s Contact Information Including Unique Entity Identifier (uei) And Cage Code.
2. Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Economically Disadvantaged Women-owned Small Business, Or Women-owned Small Business Concern.
3. Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project And Your Aggregate Maximum Bonding Capacity.
4. Construction Experience: Submit A Minimum Of Three (3) Up To A Maximum Of Five (5) Relevant Construction Projects Your Firm Has Performed To Best Demonstrate Your Experience On Relevant Projects That Are Similar In Size, Scope, And Complexity. With The Exception Of 13 Cfr 125.2(g) Below, Experience Of Proposed Subcontractors Will Not Be Considered. Furthermore, The Offeror’s Experience As A Subcontractor Will Not Be Considered.
for Each Of The Submitted Relevant Projects (a Maximum Of Five (5) Project, Ensure That The Form Is Completed In Its Entirety For Each Project And Limited To Two Pages Per Project. Ensure That The Description Of The Project Clearly Identifies Whether The Project Is New Construction Or Renovation, The Square Footage And Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements.
a Relevant Project Is Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project And Will Not Be Considered; Rather, Offerors Shall Submit The Work Performed Under A Task Order As A Project. Recent Is Defined As Having Been 100% Completed Within The Last Ten (10) Years Prior To The Sources Sought Submission Due Date. A Relevant Project Is Further Defined As:
size: A Final Construction Cost Of $25,000,000 Or Greater And A Total Square Footage Of 40,000 Or Greater.
scope: New Construction Of A One Story Commercial, Industrial, Or Institutional Building.
complexity: Relevant Projects Shall Cumulatively Demonstrate Experience With Five Of The Seven Requirements As Shown Below:
fire Protection Systems
hvac Systems
cross-laminated Timber (clt) Construction
civil Work
telecommunications
structural Support Slabs, And Design Of Structures With Excessive Soil Settlement (weak And Compressible Soils)
hazardous Material Abatement And Disposal
note: Each Project Does Not Have To Demonstrate Experience With Each Element Of Complexity, But Instead Projects Submitted As A Whole Shall Collectively Demonstrate Experience With Five Of The Seven Requirements.
note: Capability Will Only Be Satisfied On Projects That Are Considered Relevant In Terms Of Size/scope/complexity And Completed Within The Specified Time Period.
for Purposes Of Evaluating Capability, The “offeror” Is Defined As The Prime Contractor That Demonstrates Experience On Relevant Projects That Meet Size, Scope And Complexity.
in Accordance With 13 Cfr 125.2(g), Small Business Offerors May Utilize The Experience Of A Small Business First-tier Subcontractor(s) To Demonstrate Experience Under This Capability Evaluation If The Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. In Order To Utilize The Experience Of A Small Business First-tier Subcontractor(s), The Offeror Must Specifically Identify The Proposed Small Business First-tier Contractor(s) In Its Capability Package In Accordance With This Notice. The Offeror Or, If A Small Business Offeror, Its Small Business First-tier Subcontractor, Shall Have Been The Prime Contractor On All Submitted Projects. The Government Notes That 13 Cfr 125.2(g) Is Specific To Only Small Business Offerors And Named Small Business First-tier Subcontractors. As Such, The Small Business Offeror Is Not Permitted To Use The Experience Of A Large Business Subcontractor Or Large Business Corporate Affiliate In Place Of Its Own If The Small Business Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above.
the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities.
the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
responses Are Due On 30 January 2025 By 2:00 P.m. Local Time. The Submission Package Shall Only Be Submitted Electronically To Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil And Must Be Limited To A 4mb Attachment. You Are Encouraged To Request A “read Receipt.” Responses Received After The Deadline Or Without The Required Information Will Not Be Considered.
questions Or Comments Regarding This Notice May Be Addressed By Email To Ashlee.r.beggs.civ@us.navy.mil
____________________________________________________________________
notice Of Intent (see Pdf Attachment 1 For Manufacturer Brand Names)
notification Of Brand Name Or Equal Items. In Accordance With Section 888(a) Of The National Defense Authorization Act (ndaa) For Fiscal Year 2017 (fy17) (public Law 114-328) As Implemented By Defense Acquisition Regulation Supplement (dfars) 206.302-1(c)(2), The Justification And Approval (j&a) Addressed In Federal Acquisition Regulation (far) 6.303 Is Required In Order To Use Brand Name Or Equal Descriptions In The Solicitation For P-1069, Maritime Surveillance System Facility. The Justification And Approval Are Being Prepared For The Use Of A Brand Name Or Equal Descriptions On Items In The Firm Fixed Price (ffp) Construction Contract For P-1334, Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia
the Plans And Specifications Indicate The Standard Of Quality, Characteristics, And Performance Requirements And A Manufacture And Model, As Appropriate And In Accordance With The Far, To Establish The Basis Of Design For Approximately 56 Items Across All Design Disciplines. For These Brand Name Or Equal Described Items, Other Manufacturers May Be Utilized During Construction So Long As The Standard Of Quality, Characteristics, And Performance Requirements Meet Or Exceed The Standard Of Quality, Characteristics, And Performance Requirements Identified In The Plans And Specifications As The Basis Of Design. See Attachment For A Complete List Of Items And Manufacturers For All Items Which Have A Brand Name Or Equal Description.
please Direct All Questions, Comments, Or Additional Information To The Contract Specialist, Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil By 2:00 Pm Eastern Time On 30 January 2025.
this Is Not A Request For Proposal
Closing Date30 Jan 2025
Tender AmountRefer Documents
4181-4190 of 4198 archived Tenders